MODIFICATION
A -- NASA/GSFC SOLE-SOURCE CONTRACT EXTENSION TO NNG12CR31C
- Notice Date
- 4/13/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
- ZIP Code
- 20771
- Solicitation Number
- NASA-GSFC-OMES-EXTENSION-NNG12CR31C
- Archive Date
- 5/12/2017
- Point of Contact
- Georgeana Green, Phone: 3012867213, Antwan G. Reid, Phone: 3012866843
- E-Mail Address
-
georgeana.l.green@nasa.gov, Antwan.G.Reid@nasa.gov
(georgeana.l.green@nasa.gov, Antwan.G.Reid@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA’s GSFC plans to issue a modification to extend the contract’s ordering period up to six (6) months as needed with a period through no later than November 2017 and increase the maximum ordering value of the contract by $48.3M on an IDIQ task order contract with Stinger Ghaffarian Technologies, Inc. (SGT), 7701 Greenbelt Road, Suite, Greenbelt, MD 20770 to continue and provide additional on/off-site multidiscipline engineering services to support the Joint Polar Satellite System (JPSS) program and the Satellite Servicing Projects Division (SSPD). Support includes the study, design, systems engineering, development, fabrication, integration, testing, verification, and operations of space flight, airborne, and ground system hardware and software, including development and validation of new technologies to enable future space and science missions. NASA/GSFC intends to issue the modification on a noncompetitive basis to SGT in accordance with 10 U.S.C. 2304(c)( 1 ), as implemented by Federal Acquisition Regulation (FAR) 6.302- 1, “ Only one responsible source and no other supplies or services will satisfy agency requirements ”. SGT has the training, experience, and expertise to provide uninterrupted mission critical support to JPSS and SSPD. For SSPD, the required support is necessary to continue the RESTORE–L Mission requirements, Robotics Facility Support for Restore-L, Vision Navigator Sensor Development, and Robotic Refueling Mission ( RRM)-3 Launch Readiness. For JPSS, the required support is necessary to continue J-1 Spacecraft Development and Launch in September 2017, J-2 Spacecraft Development and Launch in 2021, Mission Operations Ground Systems Development, Operational Support for On-Orbit NPP Spacecraft and JPSS-3 and JPSS-4 (PFO) Instrument Development. Conducting this modification will allow JPSS and SSPD requirements to be met until the OMES II competitive follow-on procurement is completed. Procuring these services from any other source would greatly jeopardize the success of critical and highly visible JPSS and SSPD. The Government does not intend to acquire a commercial item using FAR Part 12. The North American Industry Classification System (NAICS) for this requirement is 541712 and the size standard is 1000 employees. This announcement constitutes the notice required by FAR 5.201. Interested organizations may submit their capabilities and qualifications to perform the effort in writing via e-mail to the identified point of contact not later than 4:00 p.m., Eastern Standard Time (EST), on April 27, 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NASA-GSFC-OMES-EXTENSION-NNG12CR31C/listing.html)
- Record
- SN04472203-W 20170415/170413235427-70e37a108f0ab0529ccdfaddcaffd725 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |